Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 07, 2013 FBO #4366
SOLICITATION NOTICE

17 -- CAP ASSY, FILTER

Notice Date
11/5/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332721 — Precision Turned Product Manufacturing
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, DLA Land and Maritime, P O Box 3990, Columbus, Ohio, 43218-3990, United States
 
ZIP Code
43218-3990
 
Solicitation Number
SPE7M914X0002
 
Archive Date
12/5/2013
 
Point of Contact
Kelly A. Collins, Phone: 6146925685
 
E-Mail Address
kelly.collins@dla.mil
(kelly.collins@dla.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Federal Business Opportunities (FedBizOpps) Synopsis Information Form 1. ACTION CODE: (X ) P = Presolicitation ( ) M = Modification to a Previous Presolicitation Notice 2. CLASSIFICATION CODE: 17 3. NAICS CODE: 332721 4. TITLE: FILLER AND FILTER CAP 5. RESPONSE DATE: 11/20/13 6. PRIMARY POINT OF CONTACT: PMCMBBU, Kelly Collins, (614) 692-5685 7. SECONDARY POINT OF CONTACT 8. SOLICITATION NUMBER: SPE7M2-14-X-0002 9. DESCRIPTION: NSN(s) 1710-00-894-1985 Item Descriptions: FILLER AND FILTER CAP Estimated Yearly Quantity: 43 Unit of Issue: EA Destination Information: Items will be shipped to various zones within conus. Inspection and Acceptance @ Origin, Fob Origin. Qualified Products List/drawings: filler and filter cap with stainless steel chain. mercury or mercury containing compounds shall not be intentionally added to,or come in direct contact with,any hardware or supplies furnished under this contract. exception: functional mercury used in batteries, fluorescent lights, required instruments; sensors or controls; weapon systems; and chemical analysis reagents specified by navsea. portable fluorescent lamps and portable instruments containing mercury shall be shock proof and contain a second boundary of containment of the mercury or mercury compound. (iaw navsea 5100-003d). this item has technical data some or all of which is subject to export-control regulations. distribution of the technical data and eligibility for award are limited to those suppliers qualified through jcp certification, or to those licensed by either the departments of state or commerce; or to foreign suppliers pursuant to international agreements. to apply for jcp certification, complete dd form 2345, "military critical technical data agreement," form is available at the world wide web address http://www.dlis.dla.mil/jcp or by writing to: dla logistics information service federal center 74 washington ave., north batile creek, mi 49017-3084 to manufacture this item, non-jcp certified suppliers must submit a current manufacturing license agreement, technical assistance agreement, distribution agreement or off-shore procurement agreement approved by the directorate of defense trade controls with the offer, unless an exemption under the provisions of itar section, 125.4 "exemptions of general applicability," and/or ear part 740 are applicable. non-jcp certified suppliers seeking export controlled technical data are required to provide the contracting officer with an applicable agreement or identify which itar/ear exemption applies to receive a copy of the export controlled technical data. note: jcp certified contractors who receive technical data pursuant to their dd form 2345 certification may not further disseminate such data unless further dissemination of the technical data is expressly permitted by dodd 5230.25." if aqls are listed in the specification(s) or drawing(s) they may be used to establish the authorized sample size,however,the acceptance number for this contract is zero;i.e.,this contract requires a sampling plan that accepts on zero defects and rejects on one or more defect(s). class i ozone depleting chemicals are not to be used nor incorporated in any items to be delivered under this contract.this prohibition supersedes all specification requirements but does not alleviate any product requirements. substitute chemicals must be submitted for approval unless they are authorized by the specification requirements. far clause 52.246-11 applies a quality management program meeting the requirements of iso 9001:2008 or the following tailored version of iso 9001:2008 is required or a program equivalent to the tailored version of the iso 9001:2008 is required. dla tailored higher level quality clause from iso 9001:2008 4.2.1 general, documentation requirements [b and d only] 4.2.2 quality manual 4.2.3 control of documents 4.2.4 control of records 6.2.2 competence, training and awareness 6.4 work environment (if applicable) 7.1 planning of product realization 7.2.1 determination of requirements related to the product 7.2.2 review of the requirements related to product 7.2.3 customer communication 7.3.7 control of design and development changes 7.4.1 purchase product 7.4.3 verification of purchased product 7.5.1 control of production and service provision 7.5.3 identification and traceability 7.5.4 customer property (if applicable) 7.5.5 preservation of product 7.6 control of monitoring and measuring equipment 8.1a,,general for measurement, analysis and improvement 8.2.2 internal audit 8.3 control of nonconforming product 8.2.4 monitoring and measurement of product 8.5.2 corrective action 8.5.3 preventive action full and open competition apply reminder: this is a critical item and all major and minor waiver/deviation requests must be forwarded to the dscc contracting officer who will coordinate the review and approval through the responsible engineering service activity. iaw basic drawing nr 80020 409207 revision nr f dtd 04/07/2000 part piece number: 409207-1 iaw reference drawing nr 16236 cn-00-894-1985 revision nr dtd 09/24/2006 part piece number: All responsible sources may submit an offer/quote which shall be considered. The subject requirement is for the acquisition of one (1) NSN. This proposed procurement is for Federal Supply Class 1710. See Note(s): 1 and 26. The requirement will result in an award of an Indefinite Quantity Contract for which delivery orders may be place for 3 years. The solicitation will be available in FedBizOpps on or about Nov.5, 2013 at https://www.dibbs.bsm.dla.mil/. The delivery for this acquisition will be on an FOB Origin basis with Inspection and Acceptance at Origin. The proposed procurement is a multi year IDPO. The total duration shall not exceed 3 years. While price may be a significant factor in the evaluation of offers, the final award decision will be based upon a combination of price, delivery, past performance and other evaluation factors as described in the solicitation. This solicitation will be issued as an 100% Small Business Set-aside. "Notice to All Contractors: In a final rule contained in the Federal Acquisition Circular 01- 26 (Item I, FAR Case 2002-24) published in the Federal Register on December 20, 2004, the Federal Acquisition Regulation was amended to require offerors to submit representations and certifications electronically via the Business Partner Network. Offerors are encouraged to complete an Online Representations and Certifications Application (ORCA) as soon as possible since this requirement will be appearing in solicitations in the near future. The ORCA can be found at http://orca.bpn.gov. Until ORCA is fully implemented continue to comply with all government instructions and requirements in solicitations and contract awards."
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCC/SPE7M914X0002/listing.html)
 
Place of Performance
Address: 3990 E. Broad St, Columbus, Ohio, 43218, United States
Zip Code: 43218
 
Record
SN03228319-W 20131107/131106000649-d68ec251d479cb76543dcdc999df0a08 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.